Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2014 FBO #4499
SOLICITATION NOTICE

V -- Air Passenger Service

Notice Date
3/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060414T3044
 
Response Due
4/18/2014
 
Archive Date
5/3/2014
 
Point of Contact
REGINA K. ASUNCION 808-473-7514
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation of Commercial Items and FAR 13.5 “ Test Program for Certain Commercial Items as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-14-T-3044. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 and DFARS Change Notice 20140311. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/vffara.htm http://farsite.hill.af.mil/vfdfara.htm The NAICS code is 481211 and the Small Business Standard is 1500 employees. The proposed contract is competitive, 100% set aside for small business concerns. The NAVSUP, Fleet Logistics Center (FLC), Pearl Harbor (PH) Regional Contracting Office requests responses from qualified sources capable of providing: CLIN 0001 “ PHASE I AIR TRANSPORTATION SERVICES FOR THE PERFORMANCE PERIOD OF 28 MAY 2014 THROUGH 18 JUNE 2014 IN ACCORDANCE WITH THE ENCLOSED PERFORMANCE WORK STATEMENT. PRICE SHALL INCLUDE ALL COSTS. QTY 1 Group @ $__________. = $__________. CLIN 0002 “ PHASE II AIR TRANSPORTATION SERVICES FOR THE PERFORMANCE PERIOD OF 24 JUNE 2014 THROUGH 12 AUGUST 2014 IN ACCORDANCE WITH THE ENCLOSED PERFORMANCE WORK STATEMENT. PRICE SHALL INCLUDE ALL COSTS. QTY 1 Group @ $__________ = $__________. The following FAR provision and clauses are applicable to this procurement: 52.203-3, Gratuities 52.204-7. System for Awards Management 52.204-13, System for Awards Management Maintenance 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Alt I, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.209-5, Certification Regarding Responsibility Matters 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items including: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers With Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration; 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires DFARS 252.204-7003, Control of Government Personnel Work Product. 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7012, Preference for Certain Commodities (Jun 2010) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea (JUN 2013) 252.247-7023 Alt III Transportation of Supplies by Sea Alternate III (MAY 2002) DFARS 252.232-7010, Levies on Contract Payments 5252.NS-046P Prospective Contractor Responsibility 5237.102-90 Enterprise-wide Contractor Manpower Reporting Application (ECMRA) This announcement will close on Friday, 18 April 2014 at 1100 Hrs Hawaii Standard Time (HST). Submit quotes to regina.asuncion@navy.mil. All questions shall be submitted via e-mail to regina.asuncion@navy.mil, by 1100 Hrs, HST on Wednesday, April 2 2014. All questions and answers will be submitted via an amendment to the original solicitation. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable (LPTA). To be technically acceptable, the contractor must demonstrate how it will successfully accomplish the requirements of the RFQ in sufficient detail to establish technical acceptability in accordance with the Performance Work Statement. At a minimum the offeror shall address: 1. Identify the make and model of the aircraft(s) intended to be used to ensure compliance with DoD regulations. Clearly demonstrate the vessels capability to transport at a minimum, forty-nine (49) passengers within two round trips as well as maintain a capacity of at least 200 pounds per passenger. 2. Specify the actions to be taken to ensure cleanliness of all aircraft(s), include the frequencies of cleanings. 3. Demonstrate how the aircraft(s) are to be maintained in accordance with original equipment manufacturer specifications and industry standards. 4. Detail how the schedule outlined in the performance work statement (PWS) will be met. Include a quality/contingency plan detailing the specific actions to be taken to ensure the required schedule is maintained. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable (LPTA). A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM) database will make a vendor ineligible for award. Vendors may obtain information on registration and annual confirmation requirement by calling 1-866-606-8220, or via the internet at http://www.sam.gov. All quotes shall include price(s), a point of contact to include, name, phone number, and e-mail address, as well as quoter business size under the specified NAICS. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060414T3044/listing.html)
 
Record
SN03312921-W 20140320/140318234330-8441b5be94ab666b0c2d2f883d904dd5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.